Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2014 FBO #4508
SOLICITATION NOTICE

C -- Short Circuit and Arc Flash Analysis, Various Locations, Tulsa District, U.S. Army Corps of Engineers

Notice Date
3/27/2014
 
Notice Type
Presolicitation
 
Contracting Office
USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-14-R-0059
 
Response Due
4/25/2014
 
Archive Date
5/26/2014
 
Point of Contact
Diane Cianci, 918-669-7458
 
E-Mail Address
USACE District, Tulsa
(diane.cianci@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ARCHITECT-ENGINEER (AE) CONTRACT FOR SHORT CIRCUIT AND ARC FLASH ANALYSIS, VARIOUS LOCATIONS, TULSA DISTRICT ONLY Contract Information: This A-E Services Contract is being procured in accordance with the Brooks Act (Public Law PL 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: professional qualifications, specialized experience and technical qualifications, past performance and geographical area among the contractors. This announcement is set-aside as quote mark Small Business quote mark under NAICS code 541330, engineering services. The contract is anticipated to be awarded on or about May 2014. It is anticipated that one (1) contract will be awarded from this announcement. One contract will be for $1,000,000 and will have a 2-year base period. A Minimum Guarantee amount of $2,000 will apply to the Base Period only. The contract awarded under this announcement will be administered by the Tulsa District for Tulsa District only. a. Contract Award Procedure: Before a business is proposed as a potential contractor, they must be registered in the System for Award Management (SAM) database. Register via the SAM internet site at http://www.sam.gov. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. c. Place of Performance: Projects are anticipated to be primarily in support of the U.S. Army Corps of Engineers Tulsa District at various lakes within the Tulsa District boundaries. 2. PROJECT INFORMATION: The following work may be expected under this contract: a. The Contractor shall furnish all supervision, labor, material, equipment and incidentals necessary to accomplish the work specified below for the projects listed. The Contractor shall obtain any and all permits and licenses required to accomplish this work. b. The Contractor shall conduct short circuit and arc flash analyses for the indicated projects' electrical system detailing all the existing electrical equipment that has a potential to produce an arc flash hazard, including the navigation locks, dams, hydroelectric power plants including switchyard facilities, service buildings, spillways, administrative buildings, conference buildings, storage areas, warehouse, sewage lift stations, water treatment facilities, radio transmitter facilities, sewage treatment facilities, panels supplying area lighting loads, small load facilities. The Contractor shall go to site and gather all the necessary equipment data to analyze all the existing electrical equipment (including supply, distribution, and load for AC system at all voltages and ratings) that has a potential to produce an arc flash hazard at more than 50 VAC to ground for arc flash hazards. This includes all services, subpanels and components of the electrical distribution system. All equipment operating at voltages greater than 15 kV do not require an arc flash hazard analysis. The Contractor shall analyze transmission circuits to determine the available fault current and the impact on facility short circuit and arc flash hazard. c. The Contractor shall notify the Contracting Officer immediately of any condition found that would have affect on contract cost. Any work performed without notification will be at the risk of the Contractor. d. Software: The Contractor shall use Easy Power Version 8 software to directly model the electrical systems and perform the studies in order to provide fully useable Easy Power data files after completion of the study. Alternative software packages are not acceptable. All electronic CADD files shall be provided in Microstation V8 format. 3. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: (A)-(C) are primary criteria; item (D) is secondary and is used as a tie-breaker among technically equal firms. Evaluating Past Performance may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. PRIMARY CRITERIA: A. Professional Qualifications. All work shall be performed, reviewed, and approved by a registered licensed Professional Engineer. Professional engineers shall have a Professional Engineers license in Electrical Engineering and meet all requirements for a NCEES Model Law Engineer. The use of technicians or other personnel other than engineers to perform site visit to collect data or to input data for the analysis is not acceptable, however, it is acceptable for the Contractor to utilize other employees to assist with the site investigation as long as the qualified engineer is present for all site investigations. The Electrical Engineer performing the analysis shall have a minimum of 10 years design or operational experience with electrical distribution systems in industrial facilities and has performed arc flash analysis for at least 10 industrial facilities and shall have performed at least 5 arc flash analyses on hydroelectric power plants. Provide brief resumes of each proposed member who will be performing these tasks. B. Specialized Experience and Technical Competence: Specialized work experience and technical competence of the firm and its key personnel to perform the services listed above. Firm must be familiar working with SWD Corps of Engineers Hydropower and Navigation Facilities. Firm must include a Quality Assurance and Management Plan with the SF 330 submittal. C. Past Performance: Include performance on DoD and other contracts in terms of quality of work, compliance with delivery schedules. Provide a brief narrative that demonstrates past performance and indicates effectiveness on complying with the short circuit and arc flash analysis for electrical system detailing all the electrical equipment that has potential to produce an arc flash analysis including the navigation locks, dams, hydro-electrical power plants including switchyard facilities, service buildings, spillways, administrative buildings, conference buildings, storage areas, warehouse, sewage lift stations, water treatment facilities, radio transmitter facilities, sewage treatment facilities, panels supplying area lighting loads, small load facilities.. SECONDARY CRITERIA: D. Geographical Area: The AE contractor should be able to perform all the required work in the required Tulsa District region (Oklahoma, Kansas and N. Texas). 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities and qualification to perform this work must submit their SF 330 Parts I and II to the attention of the Contract specialist at the address identified n later than 11:00 am 25 April 2014. The date and time are strictly enforced and late packages will not be considered. Accordingly, firms are advised to plan for potential delays in delivery including, but not limited to, weather, traffic, building security, etc. No e-mail or facsimile submittals will be accepted. The SF 330 should be complete and specifically address the requirements of this announcement. Firms shall present an organization chart and a narrative describing how the organization will function. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned there). (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $14 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. (d) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. (e) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (f) In Section F, a maximum of 5 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one page per project. (g) In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (h) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (i) In Section H, Part I, SF 330, firms must show their last 12 months DoD contract awards stated in dollars (see 3(e) above), provide an itemized summary of DoD awards to include Agency Contract Number/Task Order No. DoD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (j) In Section H, Part I, SF 330 Generally, describe the firm's Quality Management Plan (QMP). A project-specific detailed QMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed twenty pages for Section H. Front and back side use of a single page will count as 2 pages, and print type used in charts, graphics, figures and tables may be smaller than 11 font but must be clearly legible. Foldouts are not allowed and shall not be considered. (k) Personal visits to discuss this announcement will not be entertained. As required by regulation, interviews for the purpose of discussing prospective contractors' qualifications will be conducted only after review of submittals by the selection board. Interviews will be conducted by telephone. Questions should be addressed ONLY to the Contract Specialist: Ms. Diane Cianci (918) 669-7458, diane.cianci@usace.army.mil. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-14-R-0059/listing.html)
 
Place of Performance
Address: USACE District, Tulsa ATTN: CECT-SWT-E, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
 
Record
SN03322207-W 20140329/140327234803-f5a80bcd398175e42ef42d46d5df537f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.